FY25 - OG Secure VTC
ID: FA462125Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of Secure Video Teleconference (VTC) systems at McConnell Air Force Base in Kansas. The project entails upgrading existing VTC capabilities in Room 212 to support both classified and unclassified communications, as well as installing a secure VTC system in Room 214, in compliance with the Global Video Services (GVS) VTC Security Technical Implementation Guides (STIG). This procurement is crucial for enhancing communication capabilities within the 22d Operations Group, ensuring that both rooms can facilitate secure and effective teleconferencing. Interested contractors must submit their proposals by April 9, 2025, with inquiries directed to A1C Warnage Fonseka at warnage.fonseka@us.af.mil or Mrs. Sugeys Allen at sugeys.allen.1@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 18, 2025, 9:07 PM UTC
The Statement of Work (SOW) outlines the requirements for installing Video Teleconference (VTC) systems at the 22d Operations Group, McConnell AFB, KS, targeting both classified and unclassified communications. The project encompasses upgrading Room 212's existing VTC capabilities and installing secure systems in Room 214, ensuring compliance with security guidelines and minimizing structural modifications due to the building’s historic status. Key deliverables include providing necessary personnel with appropriate security clearances, incorporating specific equipment that aligns with the approved parts list, ensuring dual classification capabilities in Room 212, and installing a desktop VTC system in Room 214. The contractor is responsible for all installation details, including scheduling, compliance with safety regulations, and providing training on system use. Additionally, strict security protocols will be enforced for personnel access, including background checks and identification requirements. All work must be completed within 60 workdays, with both rooms needing to remain operable for no more than three consecutive business days at a time. The comprehensive plan emphasizes collaboration, adherence to federal and local regulations, prompt completion, and maintenance of high safety standards throughout the installation process.
Mar 18, 2025, 9:07 PM UTC
The McConnell Air Force Base is planning upgrades for Building 1218's conference room to enhance its functionality and technology. The current setup includes a TV, a mounted projector screen, ceiling speakers, and various seating arrangements. The intended layout involves the installation of a new TV, a wall-mounted camera, and a more effective sound system, while considering the removal of existing equipment if not repurposed. This modernization aims to improve audiovisual capabilities by integrating a Crestron surround sound system and refining the seating for optimal accessibility and interaction. The proposal emphasizes a strategic approach to enhance the meeting space's efficiency and technology, aligning with federal standards for facility upgrades. Overall, the renovation reflects an investment in better communication resources within the conference room environment.
Mar 18, 2025, 9:07 PM UTC
The document presents a comprehensive inventory of approved telecommunications and cybersecurity products from various vendors, primarily intended for use within the U.S. Department of Defense (DoD) agencies. It details specifications, effective and expiration dates, and types of devices such as session border controllers, call management systems, and cybersecurity tools. Notable vendors include AVAYA, Cisco, and CIENA, with product types covering networking equipment, cybersecurity platforms, and voice communication systems. The document underscores the need for adherence to the Department of Defense Information Network (DoDIN) standards, urging users to check for the latest updates via the DoDIN Approved Products List (APL) as changes occur daily. This inventory serves crucial roles in government RFPs and grants, ensuring compliant and efficient procurement of essential technology by federal, state, and local entities. The systematic organization by vendor, model, type, and certification details enhances visibility into product applicability and lifespan, vital for strategic planning in defense telecommunications and cybersecurity initiatives.
Mar 18, 2025, 9:07 PM UTC
The document outlines a Q&A for the FY25 Request for Proposal (RFP) FA462125Q0005 regarding the installation of Secure Video Teleconferencing (VTC) systems in Rooms 212 and 214. Key requirements include the installation of a desktop secure VTC system in Room 214, which will interface solely with the SIPR network, and dual-capability for both NIPR and SIPR networks in Room 212. The specifications clarify that the equipment in Room 214 will be new, without existing VTC systems to remove. Specifics on required inputs, outputs, and compliance with security and historic building standards are detailed, including the necessity for security classification signs, a self-contained unit design, and the provision of electrical outlets by the contractor. Moreover, the government will provide certain components like TACLANE and contractors must adhere to strict installation timelines, with some negotiable aspects. Personnel security protocols during installation, including check-in procedures, are highlighted. Overall, the document establishes the groundwork for the upcoming proposal process by providing clarification on equipment specifications, installation requirements, and project compliance measures, ensuring a smooth procurement process in line with federal standards.
Mar 18, 2025, 9:07 PM UTC
The document outlines the Women-Owned Small Business (WOSB) Solicitation/Contract/Order for Commercial Products and Services, specifically for requisition number FA462125Q0005. It details the solicitation process, offering due dates, and contact information for inquiries. The contract includes provisions for supplies and services at specified locations associated with the Air Force, with a focus on unique identification and valuation of items delivered. Several items are listed, including hardware and services required for specific rooms at McConnell Air Force Base, with a 45-calendar-day delivery schedule from the date of award. The document incorporates various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses to ensure compliance during contract execution. Key clauses address payment methods, item identification requirements, and the importance of maintaining records related to the contract. The inclusion of an ombudsman is specified to facilitate resolution of concerns throughout the acquisition process. Overall, this documentation represents a structured approach within federal and military procurement aimed at enhancing participation of women-owned businesses while ensuring proper management of contracts and compliance with applicable laws.
Mar 18, 2025, 9:07 PM UTC
The document outlines a solicitation for a contract aimed at acquiring commercial products and services from Women-Owned Small Businesses (WOSB), specifically focusing on the FY25 - OG Secure VTC requirement at McConnell Air Force Base, Kansas. It details the submission process for offers, including a due date of March 28, 2025, and specifies that contractors must deliver items within 45 calendar days post-award, with pricing structured as firm fixed price for hardware and services. Key administrative details include the need for unique item identification for items valued at $5,000 or more, adherence to various Federal Acquisition Regulation (FAR) clauses, and guidelines regarding payment processing through Wide Area Workflow (WAWF). The solicitation emphasizes compliance with regulations regarding small business set-asides, environmental standards, and contractor responsibilities to ensure safety and quality control in the execution of the contract. This initiative reflects the government's commitment to fostering small business participation in federal contracting opportunities while ensuring operational efficiency and regulatory adherence.
Lifecycle
Title
Type
FY25 - OG Secure VTC
Currently viewing
Solicitation
Similar Opportunities
B1612 VTC Annual Support Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide annual support maintenance for the Video Teleconferencing (VTC) Center located at Hanscom Air Force Base in Massachusetts. The contract entails biannual preventive maintenance for two Audio Visual (AV) rooms, one classified and one unclassified, along with telephone support during business hours and on-site technician support within 48 hours for unresolved issues. This maintenance is crucial for ensuring the operational capabilities of the VTC Center, which plays a vital role in facilitating government communications. Interested small businesses must register for a site visit by April 24, 2025, and can direct inquiries to Clarissa Baker at clarissa.baker@us.af.mil or Ashleigh ONeal at ashleigh.oneal@us.af.mil.
WSA JA COURTROOM AV UPGRADES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the WSA JA Courtroom AV Upgrades at Altus Air Force Base, Oklahoma. The project aims to enhance courtroom technology by upgrading audio-visual and networking systems to meet the standards set by the Federal Court System, facilitating better evidence presentation and remote participation. This initiative is crucial for modernizing courtroom operations, improving efficiency, and ensuring secure and user-friendly technology for legal processes. Interested small businesses must submit their proposals by April 11, 2025, and direct any questions to Lauren Coleman at lauren.coleman.4@us.af.mil or Kevin Pillow at kevin.pillow@us.af.mil by March 28, 2025. Please note that funding is currently unavailable, and the government reserves the right to cancel the solicitation at any time.
74 FGS Camera Replacement
Buyer not available
The Department of Defense, specifically the 74th Fighter Generation Squadron at Moody Air Force Base, is seeking a contractor to install a comprehensive closed-network video surveillance system in Building 772. The project requires the provision of eight 4K interior cameras, a 27-inch monitor, and 2 TB of recording storage to ensure 60 days of continuous recording capability, with installation to be completed within 60 days of contract award. This procurement emphasizes the importance of enhancing security measures at military installations while adhering to compliance with the Buy America Act and TAA regulations. Interested vendors should contact June Alba at june.alba@us.af.mil or Maria Spence at maria.spence@us.af.mil for further details, and a site visit is scheduled for April 28, 2025, with a deadline for questions set for May 1, 2025.
COMDESRON 2 VTC Supplies, Installation, and Maintenance Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the supply, installation, and maintenance of video teleconferencing (VTC) equipment for Commander Destroyer Squadron Two (COMDESRON 2) in Norfolk, Virginia. The procurement includes a firm-fixed-price contract for VTC supplies, with a base period of performance of 12 months and four optional yearly extensions, aimed at enhancing operational capabilities through upgraded audio-visual systems and ongoing maintenance services. This initiative is critical for ensuring the effective communication and operational readiness of Atlantic operational units. Interested vendors must attend a mandatory site visit on May 14, 2025, and submit their proposals by the specified deadline, with inquiries directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil.
AMENDMENT 0001- FY25 42SFS Fiber Optic Cabling and CCTV Camera Installation
Buyer not available
The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking proposals from qualified small businesses for the installation of fiber optic cabling and three CCTV cameras to enhance security measures for the 42d Security Forces Squadron. This procurement is critical for improving the base's security infrastructure and involves specific requirements for materials and installation services across designated areas, including the Prison Camp Area, Golf Course Area, and 400 Housing Area. Proposals must comply with federal regulations and include detailed submission requirements, with a firm-fixed price contract anticipated. Interested parties should note that a site visit is scheduled for May 1, 2025, and must submit their proposals by the specified deadlines to the primary contact, William M Griffiths, at william.griffiths.5@us.af.mil or by phone at 334-953-7393.
DORMITORY CCTV
Buyer not available
The Department of Defense, through the 49th Contracting Squadron at Holloman Air Force Base (AFB) in New Mexico, is soliciting proposals for the installation of a comprehensive Axis CCTV system across three dormitories and their associated parking lots. The project requires the provision, installation, and maintenance of a Digital Video Recording (DVR) system that ensures full coverage of common areas, utilizing standalone network video recorders (NVRs) and Point to Point technology for communication. This procurement is critical for enhancing security infrastructure at military installations, ensuring operational efficiency and continuity with existing systems. Interested small businesses must submit their quotes by May 5, 2025, following a site visit scheduled for April 28, 2025, and can direct inquiries to SrA Jhayde Hyde at jhayde.hyde@us.af.mil or Johnnie Walker at johnnie.walker.2@us.af.mil.
Confinement Camera System Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of a Confinement Camera System at Francis E. Warren Air Force Base in Wyoming. This procurement aims to enhance security capabilities for the 90th Security Forces Group by providing essential camera viewing and recording functionalities, including networking equipment, a CCTV workstation, and an enhanced NVR, all compliant with federal and local regulations. The project underscores the importance of security and operational efficiency within military facilities, particularly in preserving historical sites. Interested parties are encouraged to respond to the Sources Sought notice by submitting the Contractor Response Form by April 28, 2025, at 1400 (Mountain Standard Time), with inquiries directed to SrA Kyle Harris or Patrick Enriquez via the provided email addresses.
Audio Visual Display Preventative Maintenance, Travis AFB, CA.
Buyer not available
The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified small businesses to provide preventative maintenance services for audio-visual display systems utilized by the Crisis Action Team (CAT). The contract encompasses a five-year service agreement that includes maintenance checks, repairs, staff training, and troubleshooting for audio-visual equipment across three facilities, with a requirement for rapid on-site response within 48 hours for service requests. This procurement is critical for ensuring effective communication and operational readiness within military operations. Interested contractors must submit their quotes by April 30, 2025, and can direct inquiries to Mr. Michael Goetz at michael.goetz.7@us.af.mil or Ms. Maekyla Rosendo at maekylajane.rosendo.3@us.af.mil.
355 CS - Giant Voice Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Giant Voice System (GVS) located at Davis-Monthan Air Force Base in Tucson, Arizona. The project requires a contractor to provide certified personnel and SiRcom OEM parts for comprehensive repairs, including the replacement of various components such as digital equipment cabinets and audio amplifiers, as outlined in the Performance Work Statement. This initiative is crucial for maintaining effective military communication systems, ensuring operational readiness, and adhering to strict security protocols. Interested small businesses must submit their quotes via email by April 28, 2025, and can contact Adam Lynn at adam.lynn@us.af.mil or Kody McPherson at kody.mcpherson.1@us.af.mil for further information.
TC Jumbo Switch
Buyer not available
The Department of Defense, through the Department of the Air Force's 5th Contracting Squadron at Minot Air Force Base, is seeking proposals for the rental of a TC3800 series JumboSwitch. This procurement is specifically aimed at small business concerns and includes various telecommunications equipment designed to operate in high-temperature environments, such as Ethernet SFP cards and JumboSwitch card cages. The solicitation, numbered F3C1PS5084AW02, has a proposal deadline of April 28, 2025, with questions due by April 21, 2025, and all quotes must remain valid until September 30, 2025. Interested parties can contact Christian M. Etner at christian.etner@us.af.mil or SrA Jalen Dillard at Jalen.Dillard.1@us.af.mil for further information.